- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
FY26 Duwamish Waterway Dredging
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: WA. Response deadline: Apr 23, 2026. Industry: NAICS 237990 • PSC Y1KF.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 237990 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 37 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 237990
Description
This is a SOURCES SOUGHT ANNOUNCEMENT W912DW26X1BID and is for informational and market research purposes only.
THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION. The proposed action will be a construction project with a firm-fixed price contract. The type of solicitation to be issued will depend upon information received in response to this Sources Sought announcement. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought announcement or any follow-up information.
Responses to this Sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. The results of this survey will be in effect for a period of one year from the date of this notice. The purpose of this sources sought announcement is to gain knowledge of potentially qualified Small Business, 8(a), Woman Owned Small Business, Service-Disabled Veteran Owned Small Business, and HUBZone contractor sources; as well as their size classifications relative to the NAICS code 237990, FSC code Y1KF, and Small Business Size Standard $37 Million. Depending upon the responses associated with the business categories listed above, the solicitation will either be set aside in one of those categories or be issued as unrestricted and open to both small and large businesses. After review of the responses to this announcement and if the Government still plans to proceed with this project; a separate solicitation announcement will be published on www.SAM.gov. Responses to this announcement are not an adequate response to any future solicitation announcement.
PROJECT DETAILS:
USACE Seattle District is seeking sources for a construction dredging project entitled FY26 Duwamish Waterway Dredging, Seattle, WA. The work is anticipated to take place during the allowable dredging work window of 1 December – 15 February for any given year.
USACE Seattle District proposes to remove up to 100,000 cubic yards (CY) of accumulated sediment from designated reaches in the Duwamish Waterway federal navigation channel in Seattle, WA. Dredging would occur within the dredging work window of 01 Dec 2026 through 15 Feb 2027. The dredging will be accomplished using a clamshell dredge and equipment designed to minimize the potential for impacts to the surrounding environment. Dredged material will be disposed at the Dredge Materials Management Program (DMMP) Elliot Bay Open Water Disposal Site. Dredging in Section A (Sta. 254+00 to Sta. 270+56) and the Turning Basin (Sta. 270+56 to Sta. 275+56) will be to -15 ft MLLW plus 2 ft overdepth. Dredging in Section B (Sta. 242+00 to Sta. 254+00) will be to -15 ft MLLW plus 1 ft overdepth.
The magnitude for the work is expected to be between $1 Million and $5 Million.
REQUIREMENTS:
Interested firms should submit a capabilities package, to include the following:
1. Firm's name, address, point of contact, phone number, and email address.
2. CAGE code and UEI number.
3. Firm's interest in bidding on the solicitation if issued.
4. Business classification: Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone Small Business (HUBZone), 8(a) Program
5. Firm's joint venture information (if applicable).
6. Bonding information (provide bonding limits on the bonding company's letterhead):
a. Single bond
b. Aggregate
c. Point of contact for the bonding company
All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Prior Government contract work is not required for submitting a response to this announcement.
Submit responses to: Geraldine L. Kemp, Contract Specialist, via, email, Geraldine.L.Kemp@usace.army.mil.
Responses should be sent as soon as possible, but no later than 5:00 PM PST, 22 April 2026.
Subject Line: FY26 Duwamish Waterway Dredging
All interested firms must be registered in the System for Award Management (www.SAM.gov) and remain active for the duration of the contract to be eligible for Government contracts.
Office of Small Business Programs POC: Enshane Hill-Nomoto, enshane.nomoto@usace.army.mil
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.